Loading...
HomeMy WebLinkAboutRFP - P995 TRILBY ROAD UPRR FLOOD CONTROLAdministrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com REQUEST FOR PROPOSAL P995 TRILBY ROAD / UPRR FLOOD CONTROL PROJECT DESIGN ENGINEER SELECTION PROCESS The City of Fort Collins Utilities Engineering Division is requesting proposals from our pre- approved engineering consultants to serve as the Design Engineer for the upcoming Trilby Road / UPRR flood control project. The project is part of the stormwater improvements recommended by the Fossil Creek Master Plan. The project is expected to require a minimum of the following engineering services: • Floodplain survey for use in updating and refining floodplain mapping and hydraulic modeling. • Production of corrected effective and post project flood plain models. • General site survey for use in preparation of construction drawings. • Preparation of detailed construction drawings and project specifications. • Assistance and participation in public relations efforts. • Assistance in obtaining railroad and any other required permits. • Coordination with other local, state, federal or private entities as needed to ensure a successful project. • Resident Engineering and construction services during the construction phase of the project. The selected engineer will be retained to provide engineering services for both the design and construction phase of the project. The selected engineer will become a member of the “Project Team” which consists of the Contractor, the Engineering Consultant, and the City of Fort Collins Utilities Project Management Staff. All team members will work to establish an atmosphere of respect, responsibility, and trust with a mutual goal of successful project implementation and ultimately a superior product to the City of Fort Collins Utilities Customers. Written proposals, five copies (5) will be received at the City of Fort Collins’ Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), July 8, 2005. Proposal No. P995. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Selection of the contractor will be based upon the review of the information submitted in the Engineering Firm’s proposal. Please limit proposals to no more than ten pages. Questions concerning the scope of the project should be directed to City of Fort Collins Project Manager James (Jay) Rose 970-224-6106. Questions regarding proposals submittal or process should be directed to Senior Buyer, Opal F. Dick, CPPO (970) 221-6778. Sincerely, James B. O’Neill II, CPPO, FNIGP Director of Purchasing & Risk Management REQUEST FOR PROPOSAL CITY OF FORT COLLINS P995 TRILBY ROAD / UPRR FLOOD CONTROL PROJECT DESIGN ENGINEER SELECTION PROCESS Project Description The improvements recommended in the Fossil Creek Master Plan, for this project, include several challenging design and construction elements: These include but are not limited to the following: • The placement of four 12’ x 9’ RCB in Fossil Creek under Trilby Road. This will involve excavation in bedrock and the relocation of the FCLWD 12” water main. • The placement of two new 120 inch diameter culverts under the UPRR embankment on Fossil Creek. • The placement of a new 96 inch culvert through the existing 102 inch CMP culvert under the UPRR on Fossil Creek. • Acquisition of approximately 3.5 acres of flood plain easements from several different property owners. • Public relations efforts with the approximately 105 homeowners in the pre-project floodplain in Paragon Point Subdivision. GENERAL RFP SUBMITTAL REQUIREMENTS You are strongly encouraged to call and discuss the project and to ask questions. Contact the Project Manager, Jay Rose at (970) 224-6106, to discuss in more detail. Engineering firms interested in this project should submit the following information to the City of Fort Collins in a brief ten (10) page proposal. • Past experience in the design and construction of large diameter tunneling projects. • Overall approach to the design of this project • Experience in dealing with railroad and general right of way issues. • A discussion of potential problems and any innovative approaches to the design of the project. • Who will be on the design team and what experience do they have with this type of project. • Design team members, specific experience applicable to this project, availability, any subcontractors and their role and responsibility Complete proposals by noon on July 8, 2005 and deliver them to the City of Fort Collins’ Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Please limit your proposal to no more than ten pages. Proposals will be read and evaluated by an evaluation committee. A Design Engineering Firm for the project will be selected based on the evaluation of the written proposal. REVIEW AND ASSESSMENT Professional firms will be evaluated on the following criteria. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the project objective, methodology to be used and results that are desired from the project? 2.0 Assigned Personnel Do the persons who will be working on the project have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Motivation Is the firm interested and are they capable of doing the work in the required time frame? 2.0 Cost and Work Hours Do the proposed cost and work hours compare favorably with the project Manager's estimate? Are the work hours presented reasonable for the effort required in each project task or phase? 2.0 Firm Capability Does the firm have the support capabilities the assigned personnel require? Has the firm done previous projects of this type and scope? Reference evaluation (Top Ranked Firm) The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs; did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge a) If a study, did it meet the Scope of Work? b) If Professional administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively?